HomeMy WebLinkAboutContract 59004-FP1-FP1
City Secretary 59004
Contract No.
FORTWORTH.
Date Received 4/18/2025
AT
NOTICE OF PROJECT COMPLETION
(Developer Projects)
The Transportation and Public Works Department upon the recommendation of the Project
Manager has accepted the following project as complete:
Project Name: Wichita Industrial Park
City Project No.: 104140
Improvement Type(s): Water ❑x Sewer ❑x
Original Co ntract Price: $1,402,087.50
Amount of Approved Change Order(s): $99,818.00
Revised Contract Amount: $1,501,905.50
Total Cost of Work Complete: $1,501,905.50
_Joadha4-foynker Apr 15, 2025
Joanth an Forrester (ADr 15, 202511:32 CDT)
Contractor Date
Senior Project Manager
Title
Bratjen Construction Co.
Company Name
Apr 15, 2025
Charles Hayes (Apr 025 12:46 CDT)
Project Inspector
Date
47al TGiAfGli'l P.E.
Apr 18, 2025
Khal Jaafari P.E.(Apr 18, 202515:22 CDT)
Project Manager
Date
Apr 18, 2025
Kandic(Apr 18, 2025 15:52 CDT)
CFA Manager
Date
de.7.1
Apr 18, 2025
Lauren Pnenr (Apr la, 2025 15:55 CDT)
TPW Director
Date
cp��
Apr 18, 2025
Asst. City Manager
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: Wichita Industrial Park
City Project No.: 104140
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑ N/A
Pipe Report: ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety 0
Statement of Contract Time
Contract Time: 180 WD Days Charged: 97 WD
Work Start Date: 9/30/2024 Work Complete Date: 3/19/2025
Completed number of Soil Lab Test: 218
Completed number of Water Test: 17
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name WICHITA INDUSTRIAL
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104140
DOE Number 4140
Estimate Number 1 Payment Number I
City Secretary Contract Number
Contract Date
For Period Ending 3/19/2025
AID
Project Manager NA
Contractor BRATJEN CONSTRUCTION
P O BOX 156494
FORT WORTH, TX 76155
Inspectors T. GARDNER / C. HAYES
Contract Time 18WD
Days Charged to Date 97
Contract is 100.00 Complete
Wednesday, April 2, 2025 Page 1 of 5
City Project Numbers 104140
Contract Name WICHITA INDUSTRIAL
Contract Limits
Project Type WATER & SEWER
Project Funding
DOE Number 4140
Estimate Number 1
Payment Number 1
For Period Ending 3/19/2025
UNIT I: WATER IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
12" WATER PIPE (CO 1 &2)
1530 LF
$110.00
$168,300.00
1530
$168,300.00
2
8" WATER PIPE
105 LF
$78.00
$8,190.00
105
$8,190.00
3
12" DIP WATER (CO 1)
214 LF
$200.00
$42,800.00
214
$42,800.00
4
24" STEEL ENCASEMENT
175 LF
$300.00
$52,500.00
175
$52,500.00
5
CONNECTION TO EX. 4"-12" WATER MAIN
1 EA
$7,500.00
$7,500.00
1
$7,500.00
6
12" GATE VALVE
F
$4,150.00
$16,600.00
4
$16,600.00
7
8" GATE VALVE
F
$2,150.00
$6,450.00
3
$6,450.00
8
FIRE HYDRANT
3 EA
$4,500.00
$13,500.00
3
$13,500.00
9
DUCTLIE IRON WATER FITTING W/ RESTRAINT
2.25 TN
$12,500.00
$28,125.00
2.25
$28,125.00
10
4"-12" PRESURE PLUG
4 EA
$1,000.00
$4,000.00
4
$4,000.00
11
TRENCH SAFETY (CO 2)
1849 LF
$1.50
$2,773.50
1849
$2,773.50
12
2" WATER SERVICE (DOMESTIC)
3 EA
$5,000.00
$15,000.00
3
$15,000.00
13
2" WATER SERVICE (iRRIGATION)
3 EA
$3,000.00
$9,000.00
3
$9,000.00
14
24"X12" TAPPING SLEEVE AND VALVE
A
$33,500.00
$33,500.00
1
$33,500.00
15
12" WATERLINE LOWERING
2 EA
$6,600.00
$13,200.00
2
$13,200.00
16
RIP RAP
4200 SF
$1.25
$5,250.00
4200
$5,250.00
17
IMPORTED EMBEDMENT/BACKFILL, CLSM
78 CY
$100.00
$7,800.00
78
$7,800.00
18
--------------------------------------
CONC PVMT REPAIR (CO 2)
27 SY
$180.00
$4,860.00
27
$4,860.00
Sub-Total of Previous Unit
$439,348.50
$439,348.50
UNIT
Ik SANITARY SEWER IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
---------------------------------------
1
4' SEWER MANHOLE
A
$9,250.00
$27,750.00
3
$27,750.00
2
YSEWER MANHOLE
A
$11,500.00
$69,000.00
6
$69,000.00
3
Y SEWERMANHOLE W/ WATERTIGHT
1 EA
$17,000.00
$17,000.00
1
$17,000.00
GASKETS & COVERS
4
4' SEWER MANHOLE W/ WATERTIGHT
1 EA
$15,700.00
$15,700.00
1
$15,700.00
GASKETS & COVERS
5
8" SEWER PIPE (CO 1)
223 LF
$100.00
$22,300.00
223
$22,300.00
6
18" SEWER PIPE (CO 1)
1353 LF
$200.00
$270,600.00
1353
$270,600.00
7
18" DIP SEWER (CO 1)
677 LF
$440.00
$297,880.00
677
$297,880.00
Wednesday, April 2, 2025 Page 2 of 5
City Project Numbers 104140
Contract Name WICHITA INDUSTRIAL
Contract Limits
Project Type WATER & SEWER
Project Funding
8
9
10
11
12
13
14
15
16
17
18
19
20
21
18" SEWER PIPE, CSS BACKFILL
20 LF
TRENCH SAFETY
1942 LF
EPDXY MANHOLE LINER
130 LF
POST -CCTV INSPECTION
1942 LF
MANHOLE VACCUM TESTING
1942 EA
18" SEWER PIPE, CSS BACKFILL
280 LF
RIP RAP
12720 SF
18" SEWER PIPE, SELECT BACKFILL
120 LF
12" SEWER LINE
1393 LF
REMOVE 4' SEWER MANHOLE
A
63" STEEL ENCASEMENT
290 LF
36" STEEL ENCASEMENT (CO 1)
28 LF
20" STEEL ENCASEMENT (CO 1)
50 LF
8" DIP SEWER (CO 1)
132 LF
Sub -Total of Previous Unit
DOE Number 4140
Estimate Number 1
Payment Number 1
For Period Ending 3/19/2025
$380.00 $7,600.00
$1.50 $2,913.00
$15.00 $1,950.00
$3.00 $5,826.00
$2.00 $3,884.00
$195.00 $54,600.00
$1.25 $15,900.00
$80.00 $9,600.00
$30.00 $41,790.00
$1,250.00 $6,250.00
$478.00 $138,620.00
$478.00 $13,384.00
$325.00 $16,250.00
$180.00 $23,760.00
$1,062,557.00
20 $7,600.00
1942 $2,913.00
130 $1,950.00
1942 $5,826.00
1942 $3,884.00
280 $54,600.00
12720 $15,900.00
120 $9,600.00
1393 $41,790.00
5 $6,250.00
290 $138,620.00
28 $13,384.00
50 $16,250.00
132 $23,760.00
$1,062,557.00
Wednesday, April 2, 2025 Page 3 of 5
City Project Numbers 104140
Contract Name WICHITA INDUSTRIAL
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Change Order Number 1
Change Order Number 2
DOE Number 4140
Estimate Number 1
Payment Number 1
For Period Ending 3/19/2025
$1,402,087.50
$3,510.00
$96,354.00
($46.00)
Total Contract Price $1,501,905.50
Total Cost of Work Completed $1,501,905.50
Less % Retained $0.00
Net Earned $1,501,905.50
Earned This Period $1,501,905.50
Retainage This Period $0.00
Less Liquidated Damages
Days @ / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$0.00
$0.00
$0.00
$0.00
$0.00
$1,501,905.50
Wednesday, April 2, 2025 Page 4 of 5
City Project Numbers 104140
Contract Name WICHITA INDUSTRIAL
Contract Limits
Project Type WATER & SEWER
Project Funding
Project Manager NA
Inspectors T. GARDNER / C. HAYES
Contractor BRATJEN CONSTRUCTION
P 0 BOX 156494
FORT WORTH, TX 76155
DOE Number 4140
Estimate Number 1
Payment Number 1
For Period Ending 3/19/2025
City Secretary Contract Number
Contract Date
Contract Time 180 WD
Days Charged to Date 97 WD
Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Line Fund Account Center Amount Gross Retainage Net
Funded
Total Cost of Work Completed $1,501,905.50
Less % Retained
$0.00
Net Earned
$1,501,905.50
Earned This Period $1,501,905.50
Retainage This Period $0.00
Less Liquidated Damages
0 Days @ $0.00 / Day
$0.00
LessPavement Deficiency
$0.00
Less Penalty
$0.00
Less Previous Payment
$0.00
Plus Material on Hand Less 15%
$0.00
Balance Due This Payment
$1,501,905.50
Wednesday, April 2, 2025 Page 5 of 5
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
(PROJECT NAME:
Wichita Industrial
I CONTRACT:
Water & Sewer Imoroverne is
I CFA #
CFA22-0169 l
I CITY PROJECT #
104140
FID #
30114-0200431-104140-EO7685
FILE#
X-27384
INSPECTOR:
lCharleS Hayes I,
PROJECT MANAGER: Khal Jaafari
CHANGE
ORDER No:
CITY PARTICIPATION:( NO
Phone No:
Phone No:
WATER
SEWER
Developer Cost City Cost
Developer Cost CIry
IORIGINALCONTRACT
$435.894.50
I $966.203.00 _
I9XTRAS TO DATE
$0.00
I $0.00 I_
CREDITS TO DATE
$0.00
I $0.00 I
ICONTR.4CTTODATE
$435,884.50 $0.00
I $966.203.00 I $1
1AMODUSNNtTT1 OF PROP. C,HHAANMGE ORDER
$3.510.00
I $96,354,00
UNT
rrs �
$439,394.50
151,062,557.00 I $I
TOT OT h C AMOUNT'
PER UNIT
S439.394.50
I $1.062,557.00
REVISED COST SHARE
Dev. Cost:
$1,501,951.50
TOTAL REVISED CONTRACT
01
I
1
TBD RECEIVED
(817) 392 7872 By Khal Jaafari at 5:07 pm, Jun 12, 2024
CONTRACT UNIT
PAVING DRAINAGE STREET LIGHTS CONTRACT
reloper Developer Developer DAYS
:t City Cost Cost City Cost Cost City Cost
en nnI sn no I so_D0 1 180
F
S0.00 1 $0.00 1 $0.00 1 $0.00 1 su.uu I ov.uv
$0.00 $0.00.00 $0.00 50.00�
City Cost: ,�. $0.00
S1,501,951.50
J
Revised: 10-12-2011 Page 1
RECEIVED
By Khal Jaafari at 5:07
pm, Jun 12, 2024
You are directed to make the following
changes in the contract documents:
Specification
Bid
Unit of
Specification
Unit Bid
WATER IMPROVEMENTS
Section No.
Quantity
Quantity
Section No.
Price Value
UNIT I - 1
3311 12
-39
LF
3311.0441 12" Water Pjppe
$110.00-$4290.00
UNIT - 3
3311 10
39
LF
3311.0451 12" DIP Wa{er
$200.00 57.800.00
WATERSUBTOTAL
S3,5 am
SEWER IMPJjg1/EMENTS
lU1INJITT ��fi 5
3311 10
-132
LF
3331 4115 8' Sewer Pipe
$100.00-$13.200.00
UNIT II - 6
3311 10
-234
LF
3331.4225 18" Sewer Pipe
$200.00-$46,800.00
UNIT II - 7
33 11 10
234
LF
33R311.422g9 18" DIP Sewer
$440.00 S102,960.00
UNIT 11 - 18
99 99 99
28
LF
�9� 5
UNIT II - 20 NEW�`
�NEW1"
999999
50
LF
Encasement
$325.00
123,760.00
UNIT 11-21
331116,250-00
10
132
LF
3333... 4444 11L 8e DIP
SEWER SUBTOTAL
$96,354.00
GRAND TOTAL
$99,864.00
REASONS FOR CHANGE ORDER
1.) Addition of 20'steel encasement, 36"steel encasement, 18" DIP sewer pipe and 8"DIP sewer pipe at the proposed crossings forprivate storm and public sewer.
(Required per encroachment application w/ the COFW)
2.) Addition of 12" DIP water pipe for proposed water lowering #1
3.) Removal of 12" PVC Water Pipe, 8' PVC Sewer Pipe, and 18" PVC Sewer Pipe to be replaced with DIP
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED:
Duna /�so/c/anteso
Name: DARRELL HOWARD
Title: DISCIPLINE LEAD
APPROVED:
Holt Lunsford
By
Name:
14UTTf1N LUNSFo;217
Title: vF i:4 GENERAL PRf "Ga
APPROVED:
Brattier, Constrocdon n
By.
Name:
ntamin C. Bratcher
Title: (.F(I
Revised: 10-12-2011 Page 2
Docusign Envelope ID: 030289BC-F5D3-43E0-83D3-5A94A83E403D
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
(PROJECT NAME:
Wichita Industrial
(CONTRACT:
Water & Sewer Improvements
I CFA #
CFA22-0169 I
I CITY PROJECT#
104140
ICITY SECRETARY CONTRACT*
N/A
IFID #
30114-0200431-104140-EO7685
IX #
X-27384
I FILE #
N/A
INSPECTOR:
Charles Hayes
PROJECT MANAGER:
Khal Jaafari
CITY PARTICIPATION:I
Phone No:
Phone No:
WATER
SEWER
Developer
Cost City Cost
Developer Cost City Ca
(ORIGINAL CONTRACT
$435,884.50 I $0.00 I $966,203.00 I $0.00
EXTRAS TO DATE
$3,510.00 I $0.00 I $96,354.00 I $0.00
CREDITS TO DATE
$0.00 I $0.00 I $0.00 I $0.00
(CONTRACT TO DATE
$439,394.50
$0.00 I $1,062,557.00 I $0.00
(AMMOUNT�OFF PROP. CHANGE ORDER
($46.00)
$0.00 I $0.00 I $0.00
MOUNT
.50 0.00 $1,062. 57.00
S,PER
Ij,O jjL;j VI6 �NTRACT AMOUNT
$�439,348.50 i
UNIT
$1 062,557 .00
REVISED COST SHARE
Dev. Cost: $1,501,905.50
I TOTAL REVISED CONTRACT
CHANGE
ORDER No:
NO
2
(817) 392 - 8306
(817) 392 - 7872
CONTRACT UNIT
DRAINAGE
PAVING
STREET LIGHTS
CONTRACT
per
Developer
Developer
DAYS
City Cost
Cost
City Cost
Cost
City Cost
)0
$0.00
$0.00
$0.00
S0.00
$0.00
180
)o
$0.00
$0.00
$0.00
$0.00
$0.00
)0
$0.00
$0.00
$0.00
$0.00
$0.00
)0
$0.00
$0.00
$0.00
$0.00
$0.00
180
)0
$0.00
$0.00
$0.00
$0.00
$0.00
0
)0
$0.00
$0.00
$0.00
$0.00
$0.00
180
$0.00
$0.00
$0.00
City Cost:
$0.00
$1,501,905.50
REVIEWED
By Izeldeen Ahmed at 10:40 am, Dec 20, 2024
Revised: 12-17-2018 Page 1
Docusign Envelope ID: 030289BGF5D343E0-83D3-5A94A83E403D
You are directed to make the following changes in the contract documents
UNIT I: WATER IMPROVEMENTS
CITY BID ITEM
CFW Unit
Developer
PAY ITEM #
#
QUANTITY
UNIT
ITEM DESCRIPTION Price
UNIT PRICE
Cost
City Cost TOTAL
UNIT I - 1
33 11 12
44
LF
3311.0441 12" Water Pipe
$110.00
($4.840.00)
(54.840.00)
UNIT 1- 11
34 05 10
44
LF
3305.0109 Trench Safety
$1.50
($66.00)
($66.00)
UNIT I - 18'
32 01 29
27
SY
3201.0616 Conc Pvmt repair, Arterial/Industrial
$180.06
54,860.00
$4,860.D0
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$O.DO
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$O.DO
$0.00
$o.Do
$0.00
$0.00
1
$0.00
$0.00
1
$0.00
$0.00
1
$0.00
$O.DO
I
$0.00
I $0.00
$0.00
I $0.00
TOTAL UNIT I: WATER IMPROVEMENTS
(546.001
$0.00 ($46.00)
Asterisk (') indicates New Pay Item
REVIEWED
By Izeldeen Ahmed at 10:40 am, Dec 20, 2024
Revised: 12-17-2018 Page 2
Docusign Envelope ID: 030289BC-F5D3.43E0-83D3-5A94A83E403D
REVIEWED
By Izeldeen Ahmed at 10:40 am, Dec 20, 2024
REASONS FOR CHANGE ORDER 1.) Updated the Proposed Public 12" water connection point redcucing the amount of water line needed and adding concrete repair.
RECOMMENDED:
D '.�..AYUnq�SSO�C%IAT S
BY. Ly^�� LX G
Name: DARRELL HOWARD
Title: DISCIPLINE LEAD
APPROVAL RECOMMENDED:
CFW- Water Department
By: N/A
Name:
Title:
RECOMMENDED:
CFW - "Contract Compliance Manager
By: N/A
Name:
Title:
M&C Number: N/A
M&C Date Approved:
APPROVED:
HOLT LUNSFO D...Sig—d by:
By: l
41330102FB3s441...
Name: HUTTON LUNSFORD
Title: VP OF GENERAL PARTNER
APPROVED:
CFW - Assistant City Manager
By: N/A
Name:
Title:
APPROVED:
BRATJEN PANY
By:
Na`i NJAMIN C. BRATCHER
Title: CEO
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
BF N/A
Name:
Title:
ATTEST . Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary There are NO City Funds associated with this Contract
❑ There are City Funds associated with this Contract
Revised: 12-17-2018 Page 3
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Wichita Industrial Park
CITY PROJECT NUMBER: 104140
WATER
PIPE LAID SIZE TYPE OF PIPE LF
Main 12" PVC 1530
Main 12" DIP 214
Main 8" PVC 105
FIRE HYDRANTS: 3 VALVES (16" OR LARGER) N/A
PIPE ABANDONED SIZE TYPE OF PIPE LF
N/A
DENSITIES:
All Passed
NEW SERVICES:
2" (3 EA.)
IRR
54
2" (3 EA.)
DOM
54
SEWER
PIPE LAID
SIZE
TYPE OF PIPE
LF
Main
18"
PVC
1653
Main
18"
DIP
677
Main
8"
PVC
223
Main
8"
DIP
132
PIPE ABANDONED SIZE TYPE OF PIPE LF
N/A
DENSITIES: All Passed
NEW SERVICES: 8" PVC 60
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
April 1, 2025
Bratjen Construction Company
1701 E Lamar Blvd, Suite 290
Arlington, TX 76006
RE: Acceptance Letter
Project Name: Wichita Industrial Park
Project Type: Water, Sewer
City Project No.: 104140
To Whom It May Concern:
On March 25, 2025 a final inspection was made on the subject project. There were punch list items
identified at that time. The punch list items were completed on April 1, 2025. The final inspection and
the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is
therefore accepted by the City. The warranty period will start on April 1, 2025, which is the date of the
punch list completion and will extend of two (2) years in accordance with the Contract Documents.
If you have any questions concerning this letter of acceptance, please feel free to contact me at 817-
392-7872.
Sincerely,
Khal Taa-fafi P. E.
Khal Jaafari P,6(Apr 18, 202515:22 CDT)
Khal Jaafari P.E., Project Manager
Cc: Charles Hayes, Inspector
Troy Gardner, Inspection Supervisor
Emanuel Nieto, Senior Inspector
Andrew Goodman, Program Manager
Dunaway Associates L.P., Consultant
Bratjen Construction Company, Contractor
PRIII/HLCI Wichita Street, L.P., Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared BEN BRATCHER,
CEO Of BRATJEN CONSTRUCTION, known to me to be a.eredible
person, who being by me duly sworn, upon his oath deposed and said;
That all persons, firms, associations, corporations, or other
organizations furnishing labor and/or materials have been paid in full;
That the wage scale established by the City Council in the City of
Fort Worth has been paid in full;
That there are no claims pending for personal injury and/or
property damages;
On Contract described as;
CPN 1041140 Wichita Industrial Park
Subscribed and sworn before
Notary Pu lie
County, State
BRATCHER, CEO
14TH of APRIL, 2025.
rm
Metonie Lajean Lowrie
* My C�11291202gmmisslon ExRirss
Notary ID126455575 _
CONSENT OF SURETY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
TO OWNER:
(Name and address)
City of Fort Worth
311 W. 10th Street,
Fort Worth, TX 76102
PROJECT:
(Name and addres.N)
Wichita Industrial, CPN 104140 - (CFA22-0169)
Wichita Street, Fort Worth, TX 76140
Bond No: 107969751
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
ARCHITECT'S PROJECT NO.:
CONTRACT FOR: OCP: $1,402,087.50
FCP: $1,501,905.50
CONTRACT DATED:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Insert name and address of Surety)
Travelers Casualty and Surely Company of America
One Tower Square,
Hartford, CT 06183
,SURETY,
on bond of
(insert name and address ofContrarlor)
Bratjen Construction Company
1701 E. Lamar Blvd., Suite 290,
Arlington, TX 76006
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any
of its obligations to
(lnserf name and address of Owner)
City of Fort Worth
311 W. 10th Street,
Fort Worth, TX 76102
OWNER,
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: April 14, 2025
(Insert m writing the month followed by the numeric date and year,)
Travelers Casualty and Surety Comoanv of America
(Surety)
Attest•
(Signature of aulharded represenlalir
Bridget T illo
Sean J McCauley Jr. Attorney-ln-Tact
(Printed name and title)
S-21341GE 10101
Xbp
Travelers Casualty and Surety Company of America
A016, Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint SEAN J MCCAULEY JR of
DALLAS , Texas , their true and lawful Attorneys) -in -Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
0w
1yyp 61'lp�.� ,'yTY Aryb ,•�
COHN SIX
�, ,Ve
State of Connecticut
By:
City of Hartford ss. Robert L. Rane , emor Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
1N WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2026
NOTARY T
gAnna
r pia
�WVFG�S
P. Nowik, NotaryPublic
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 14th day of April , 2025
fir `4j
"Eli
r Kevin E. Hughes, Assr Cat Sent Secre#Dry
ro verify the aufhenticity of this Power of Attorney; please call us at 1-800-421 3880.
Please refer to the above-narrred Aftorney(v)-in-Fact and the details of the bond to which this PowerofAttomey.is aMahed.